Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 28, 2018 FBO #5969
SOURCES SOUGHT

Z -- Kaskaskia Scour Repair

Notice Date
3/26/2018
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District St. Louis, 1222 Spruce Street, Room 4.207, St. Louis, Missouri, 63103-2833, United States
 
ZIP Code
63103-2833
 
Solicitation Number
W912P9-18-Q-0004
 
Archive Date
4/24/2018
 
Point of Contact
Twila A. Hopkins, Phone: 3143318124
 
E-Mail Address
twila.a.hopkins2@usace.army.mil
(twila.a.hopkins2@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Kaskaskia Scour Repair Contract This is a Sources Sought Notice. This Sources Sought neither constitutes a Request for Proposal, nor does it restrict the Government to an ultimate acquisition approach. This Sources Sought should not be construed as a commitment by the Government for any purpose. Requests for a solicitation will not receive a response. This Sources Sought Notice is in support of a market survey being conducted by the St. Louis District, Corps of Engineers to identify interested Contractors within the District area for the Scope of Work listed below. The following are general capabilities required to perform the Scope of Work according to USACE standards. The Contractor must be capable to perform the Scope of Work listed below. Contract is anticipated to be up to a One Year duration Construction Contract with specific performance periods in which work will take place based on river stage and flow constraints. Work associated with this requirement shall take place at the Jerry F. Costello Lock & Dam formerly known as the Kaskaskia Lock and Dam located in Modoc, IL. General Project Description Construction Contract The work covered by this contract consist of furnishing all floating plant, equipment, labor, operators, divers, surveying, engineering services, supervision/site superintendent, supplies and materials necessary to satisfactorily perform repairs to scour that has developed on the Kaskaskia River bed and at underwater components of the lock directly upstream and within the vicinity of the Jerry F. Costello Lock & Dam as specified and in accordance with the contract specifications. Contract Areas and Construction Limits: The primary contract areas are located on the Kaskaskia River directly upstream and within the vicinity of the Jerry F. Costello Lock & Dam located in Modoc, IL within the Illinois County of Randolph. Secondary contract areas include the East and West embankments of the Kaskaskia River within the vicinity of the Jerry F. Costello Lock and Dam. Work Statement Work associated with this requirement includes, but not limited to, utilizing Floating Plant, equipment, and personnel to perform underwater work requirements consisting of excavation of stone and clay, placement of various size stone and rip rap, placement and installation of precast concrete blocks and associated anchors, placement of Tremie concrete and rebar, utilization of divers for various installations and reports, and performance of underwater surveys to verify installations and placement to specific grades and tolerances. Work shall also include design, fabrication, and procurement of precast concrete block systems to be installed underwater. Land based operations shall include disposal of materials at designated disposal sites and establishment of turf at disturbed areas. Order of work will be highly dependent on the flow rates of the river. The contractor shall monitor daily the river levels, flow conditions, and flow forecast so that work schedules can be adjusted accordingly. The contractor shall not be allowed to begin work in the river until flow conditions and flow forecast are indicating a prolonged condition favorable to working upstream of the dam. Contractor may be required to suspend and re-commence operations throughout the work duration due to flow increases or elevated river stages. It is anticipated that to perform scour repairs both lock closures and closure of dam tainter gates will be necessary to provide conditions with minimal river velocities. The contractor shall be required to provide a work schedule clearly indicating the sequence and duration of all activities, including the anticipated number of closures needed to perform work. Closure periods shall be restricted by river stage and flow requirements and it is anticipated that maximum dam closure periods shall be 24 hours requiring an anticipated 12 hours between adjacent dam closures. The contractor shall be permitted to work 7 days a week, 24 hours per day to complete work during scheduled closures within the contract performance period. Work performed outside of scheduled closures shall be coordinated to ensure there is no hindrance to navigation. Required Trades: The contractor shall have the capabilities of supplying trades including, but not limited to laborers, operators, welders, iron workers, cement masons, boat operators, deckhands, divers, professional engineering services, and surveyors for performance of work. Required Equipment: The contractor shall have the capabilities of supplying multiple pieces of equipment including, but not limited to, the types of equipment as described below for performance of work:  Bulldozer, Excavators, Loaders, Dump Trucks, and other misc equipment required for disposal of material and grading of disposal sites.  Push Boats, Material Barges, and Floating Plant equipped with ramps, Crane w/ Buckets and Clamshells, Excavators equipped with Global Positioning Systems, Concrete Conveying Equipment and Tremie Pipes, and other misc equipment required for performance of underwater work.  Floating Plant Vessels equipped with Diving Equipment for performance of Dive Operations.  Survey Boats. Submission 1. Please provide examples of work, "indicating equipment utilized" that your company has performed in the areas listed below, if work was sub-contracted please annotate this. No more than (3) three projects in any area of work performed. Describe past work experience showing all or more than one of the areas listed that were performed under one contract. Areas of work involving characteristics that are similar to the types of work described herein: A. Performance of underwater construction on navigational channels and ability to provide 24 Hour Operations for 7 days a week coordinating performance of multiple items of underwater type construction simultaneously, while monitoring and adhering to restrictions and constraints governed by river stages, flow velocities, lock operations, and coordination with navigational channels. B. Utilization of Floating Plant for performance of underwater construction o Evidence of various types of Floating Plant availability applicable to performance of work o Capability of utilizing Floating Plant for performance of:  Underwater Excavation of stone and clay to specific elevations/dimensions  Underwater placement of various size stone to specific elevations/dimensions  Underwater placement of fabricated structural rebar support systems  Underwater placement of concrete to specific elevations/dimensions  Underwater placement of precast concrete units or structures to specific elevations/dimensions C. Utilization of Diving Operations o Capable of utilizing and coordinating Diving Operations for performance of:  Inspection and Report of Underwater components  Setting and Placement of Structures D. Performance of underwater surveys and reports E. Experience with obtaining and/or producing design of Precast Structures and Anchoring Systems approved by a registered professional engineer, Fabrication and Procurement of such systems, and development of work plans for installation of such systems underwater. 2. Please provide business information in the following format: Business Name: Point of Contact: (Name/Phone/Email) Address: Business Size (Large/Small/8(A)) Cage Code: 3. Any information submitted by respondents to this Sources Sought Notice is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this Sources Sought Notice. The Government requests interested firms submit one (1) copy of their capability and experience response no later than 10:00 a.m., Central Standard Time, on 9 April 2018 and should not exceed 10 onesided, 8.5 X 11 inch pages, with the font no smaller than 10 point, to Twila Hopkins, St. Louis District, Corps of Engineers, via email at twila.a.hopkins2@usace.army.mil, Fax will not be accepted. Please direct any questions pertaining to this announcement to Twila Hopkins at the above email or phone number 314-331-8124.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9af2849b438c726f960fbe323dc25afb)
 
Place of Performance
Address: Jerry F. Costello Lock & Dam, 4800 Lock & Dam Road, Modoc, Illinois, 62261, United States
Zip Code: 62261
 
Record
SN04866660-W 20180328/180326231116-9af2849b438c726f960fbe323dc25afb (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.